Download - TENDER DOCUMENT Dated 24.01 - dbrauaaems.in
1
TENDER DOCUMENT DATED 24.01.2019 OUTSOURCING OF SECURITY SERVICE
FOR
DR. BHIMRAO AMBEDKAR UNIVERSITY, AGRA (FORMERLY: AGRA UNIVERSITY, AGRA)
2
TENDER DOCUMENT FOR OUTSOURCING OF SECURITY SERVICES AT FIVE CAMPUSES OF BHIMRAO AMBEDKAR UNIVERSITY, AGRA
1. Sealed tenders in conformity with following Mandatory Eligible Criterion are invited from Security Agencies /Firms having
A. Valid Registration of firm
B. EPF Registration
C. ESI Registration
D. GST Registration
E. PAN Card
F. Similar line of business for out-sourcing uniformed trained manpower for the
security services in Central Govt. Establishments/State Govt. Establishments/
Autonomous Bodies under Govt. of India / reputed public sector organizations.
The service providers should have local office at Agra to ensure satisfactory
fulfillment of contractual obligations.
G. The Security Agencies/Firms having good track record, manpower capacity and
relevant experience in similar nature of work having provided at least 50 (Fifty)
personnel in centre/state govt are eligible to participate in this tender.
H. They should produce satisfactory work completion certificate/ proof of similar
nature of work executed / being executed for Central Govt. Establishments / State
Govt. Establishments / Autonomous Bodies under Govt. of India/ reputed public
sector organizations.
I. The agency/firm should not be less than two years old having its turnover not less
than three crores.
J. All pages of tender documents should be stamped and signed by the authorized
signatory of the agency/firm.
K. The tender document can be downloaded from https://www.dbrau.org.in and
https://etender.nic.in
2. The tenders should be submitted in ONE SEALED ENVELOP in the following manner.
(A) The first sealed cover should be super scribed "Technical Bid' and should contain o Checklist of documents to be submitted. Refer Annexure-I.
o The Performa of Technical bid at Annexure-II duly filled in by the bidder.
o Agency profile including previous experience of manpower Services/ Security
services to Central Govt. Establishments / State Govt. Establishments / Govt.
Autonomous Bodies under Govt. of India/ reputed public sector organizations.
o Earnest Money Deposit (EMD) will be accepted in Demand Draft/Pay Order
only.
o All other required documents.
(B) The second sealed envelope super scribed 'Financial Bid' should contain detailed
break-up of wages for the services, which are to be filled as per Proforma given at
Annexure-III.
(C) Both the sealed covers should he placed in the ONE SEALED ENVELOPE super
scribed "BID FOR SECURITY SERVICES". This should be addressed to Registrar, Dr
Bhimrao Ambedkar University Agra and submit latest by 08 February 2019 and the
technical bid shall be opened on 13 February 2019.
3
(D) The bidder will be selected on combined evaluation of Technical and Financial
performance. 70% Weightage will be given to Technical Evaluation and 30%
Weightage to Financial Bid. It will be Quality cum Cost evaluation. Please refer
Annexure IV.
3. Tenders received after the due date and time will be summarily rejected. Incomplete and
conditional tenders shall not be accepted.
4. The Technical Evaluation Committee nominated by Vice Chancellor of University will
assess the ability of the agencies to render the requisite services based on its past record,
profile and documents submitted as per Annexure I and Annexure II. Only those found fit
will be considered as responsive and technical evaluation will be carried out for these
responsive bids based on evaluation method given in Annexure IV. Further, the bidder
securing minimum 40 marks out of Total Scoring Marks (70 Marks) on the criteria fixed
will be eligible for financial bid opening. Refer Annexure IV.
5. The bidders are required to submit EMD of ₹ 4,50,000/- (Rs. Four Lakh Fifty Thousands
Only) along with tender fee of ₹ 500/-(Rs. Five Hundred Only) (Non-Refundable) along-
with the attested copies of valid Registration Certificate, EPF Registration, ESI
Registration, PAN-Card and GST Registration along-with the bid documents, failing which
the tender shall be declared as non-responsive and thus liable for rejection.
6. Submission of more than one tender paper by a bidder for a particular work will render
the bid liable for rejection.
7. As per the estimation, University requires 88 Security Guards, 11 Gunmen, 04 lady
Guards, 09 Shift Supervisors, 03 Armed PSOs, 06 Bouncers and 01 SOs round the clock on
all the days. There can be a minor variation in this manpower at the time of deployment.
Additional persons may be deployed by the agency on specific written request from
University authority.
8. The rates for different category of manpower that may be required for the proposed
services shall be the rates of minimum wages prescribed by the Government from time to
time under contract Labour (R&A) Act-1970, the Minimum Wages Act 1948 and the
Order issued by Office of the Chief Labour Commissioner of area concerned.
9. The charges consisting of wages, statutory dues and other allowances etc. under the
labour law and other laws payable by the employer (the bidder) should be indicated in
detail in the breakup of the quotes in the financial bid. Additional Service Charges for the
work and applicable taxes are also to be mentioned.
10. The bidders are required to quote their rates both in words and figures and put their
signature; they should also sign on any overwriting or any correction made in the
tendered rate. The rates filled in figure only and not in words shall be liable for rejection
for which no paper cost shall be returned to the bidder(s).
11. Bidders qualified in Technical Bid are required to give power point presentation to
the authorized committee nominated by VC to assess the quality cum cost
evaluation on given date, time and venue by the University. The agency should
bring their Laptop, pen drive etc for presentation on a given date and time.
University will arrange Screen and Projector.
4
12. The bidders while submitting tender shall furnish an affidavit along with the tender
about the authenticity of the tender document including EMD. Conditional tenders will
not be accepted under any circumstances by the authority. EMD deposit of unsuccessful
bidders will be refunded within 30 days after finalization of Tender without interest.
13. The Bank Draft' Pay Order produced in relation to this tender should be drawn on any
Nationalized Bank in favour of the "Finance Officer, Dr. Bhimrao Ambedkar University,
Agra", payable at Agra. The authority reserves the right to reject any or all the tenders
without assigning any reason thereof.
14. If the bidder does not accept the offer, after issue of letter of award by the University
within 7 days, the offer made shall be deemed to be withdrawn without any notice &
EMD stands forfeited.
15. The successful bidders are required to furnish the performance security amount of Rs.
11,25,000/- Lakhs within one month on the award of contract in the shape of Bank
guarantee in favour of "Finance Officer, Dr. Bhimrao Ambedkar University, Agra".
16. RIGHT TO ACCEPTANCE OR REJECTION OF TENDERS: a) The tender is liable to be rejected inter-alia:
i. If it is not in conformity with the instructions and Proforma mentioned in the
tender paper.
ii. If it is not properly signed by the bidder.
iii. If it is received by telex or telegram.
iv. If it is received after the expiry of the due date and time.
v. If it is not accompanied by the requisite EMD and proper documents.
b) This University reserves the right to:
i. Accept / Reject any of the tender in full or part thereof.
ii. Revise the requirement at the time of placing the order.
iii. Add, modify, relax or waive any of the conditions stipulated in the tender
specification wherever deemed necessary.
iv. Reject any or all the tenders in part or full without assigning any reason thereof.
v. The manpower mentioned may increase or decrease as per the requirement of the
University.
17. (A) SCOPE OF WORK: To provide Security Services at the locations mentioned herein,
Main Campus at Paliwal Park, Khandari Campus, Challessar Campus, Gopal Kunj,
Lalitkala Academy, Special Security arrangements are required at Vice Chancellor
Secretariat and Camp Office, Registrar Office, CFO Office during the period of contract.
Accordingly, the security agency should deploy the personnel, keeping in to
consideration the requirements of maximum working hours, relieving requirements,
weekly off to be given etc. to the personnel, as per existing rules and law.
(B) DESCRIPTION OF SECURITY SERVICES TO BE RENDERED
1) The Security Agency will be responsible for overall security arrangements in
locations as specified by the University.
2) Security Agency will ensure that all instructions laid down by the University
authorities are strictly followed and there is no lapse of any kind.
3) In order to adequately protect people and property, security guards must know
5
and enforce rules and regulations to prevent criminal activity before it
happens.
4) No item should be allowed to be taken out without proper Gate Passes issued
by the competent officials.
5) Deployment of Security Guards will be as per the instructions laid down by the
University authorities from time to time and the security agency will be
responsible for their optimum utilization.
6) The Security Guards should be trained in Fire Fighting and First Aid
7) The Security Guards on duty shall not leave the premises until his reliever
reports for duty.
8) During and after working hours and on holidays, they should be extra vigilant
9) They will report any signs of damage, suspicious activity or unlawful activity
immediately on occurrence. Such report will be provided to the management
verbally and or in written form.
10) The agency should be experienced in handling large crowds, strikes, Dharna etc
using soft skills and stern action if need be.
11) Any other duty assigned by the University authority related to security.
19. PERIOD OF CONTRACT: The initial period of contract would be for one year, which
may be extended further on satisfactory performance with such amendments as may
be mutually agreed to and also subject to the necessary approval of the competent
authority. Service charges / rates quoted by the agency would be fixed for a period of
one year and any statutory increase in wages/DA etc. is to be absorbed by the agency.
After satisfactory completion of one year of service, the contract may be extended for
further period of one year on renewed terms and conditions with mutual agreement in
compliance with statutory regulations. In case performance is not satisfactory, the
contract shall be terminated on issuing 30-day notice to the party.
6
GENERAL CONDITIONS OF CONTRACT (GCC)
1. The Security Services by the agency should commence within 7 days of award of contract.
2. The Security persons deployed should be qualified and skilled in performing such services as per the eligibility criteria indicated for each category.
3. The persons supplied by the Agency should not have any criminal record/cases
against them in police department. The Agency should make adequate enquiries about
the character and antecedents of the persons whom they are recommending. The
character and antecedents of persons will be verified by the Service Provider before
their deployment through local police, collecting proofs of residence, driving license,
bank account details, previous work experience and recent photograph and a
certification to this effect submitted to this University. The service provider will also
ensure that the personnel deployed are medically fit and will keep in record a
certificate of their medical fitness. The Service Provider shall withdraw such
employees who are not found suitable for the University for any Reasons immediately
on receipt of such a request.
4. The service provider shall engage necessary persons as required by this University
from time to time. The Deployment of personnel is to be on monthly basis. Thus
deployment/arrangement of the personnel should be in such a manner that there shall
be no violations of any leave Rules and weekly off days. The bidder will have to bear
cost of providing personnel for this work load/ duty hours or weekly off. The said
persons engaged by the service provider shall be the employee of the service provider
and it shall be the duty of the service provider to pay their salary every month, as
agreed upon.
5. There is no Master and Servant relationship between the employees of the service
provider & this University and further that the said person of the service provider
shall not claim any absorption in this University.
6. The service provider's person shall not claim any
benefit/compensation/absorption/regularization of services from/in this office under
the provision of Industrial Disputes Act., 1947 or Contract Labor (Regulation &
Abolition) Act, 1970. Undertaking from the persons to this effect shall be submitted by
the service provider to this University.
7. The service provider's personnel shall not divulge or disclose to any person, any
details of University, operational process, technical know-how, security arrangements
and administrative / organizational matters as all are of confidential/secret nature.
8. The service provider's personnel should be polite, cordial, positive and efficient, while
handling the assigned work. The service provider shall be responsible for any act of
indiscipline on the part of persons deployed by him. The agency shall be bound to
prohibit and prevent any of their employees from being intoxicated while on duty,
trespassing or acting in any detrimental or prejudicial to the interest of this University.
The decision of the officer in charge upon any matter arising under the clause shall be
final and binding on the agency.
9. That the persons engaged shall not be below the age of 18 years or above the age of 55
years and they shall not interfere with the duties of the employees of this University.
10. The functional control over the personnel deployed by the Agency will rest with this
University and the disciplinary administrative / Technical control will be with the
Agency.
7
11. This University may require the service provider to dismiss or remove from the site of
work, any person or persons, employed by the service provider, who may be
incompetent or for his/ her/their misconduct and the service provider shall forthwith
comply with such requirements. The Service provider shall replace immediately any of
its personnel, if they are unacceptable to this University because of security risk,
incompetence, conflict of interest and breach of confidentiality or improper conduct
upon receiving written notice from University.
12. The service provider has to provide Photo Identity Cards to the persons employed by
him/her for carrying out the work in various locations of the University. These I/Cards
are to be prominently displayed at all times.
13. The transportation, food, medical and other statutory requirements in respect of each
personnel of the service provider shall be the responsibility of the service provider.
14. That the agency will be wholly and exclusively responsible for payment of wages to the
persons engaged by it in compliance of all the statutory obligations under all related
legislation as applicable to it from time to time including Minimum Wages Act,
Employees Provident Fund, ESI Act etc. and this University shall not incur any liability
for any expenditure whatsoever on the persons employed by the agency on account of
any obligation. The agency will require to provide particulars of EPF, ESI of its
employees engaged in this University. The Agency will comply all statutory provisions
of law, rules and regulations of Act and keep this University informed about any
amendment in the law from time to time.
15. The service provider will submit the bill along-with verified attendance sheet signed
by authorized officer of the University in triplicate to the billing address of University
in respect of a particular month in the first week of the next month and the agency will
make the payment of wages to his employee by 10th of each month. The payment will
be released by the University during third week after submission of the bills by the
service provider. The service provider will submit the documentary evidence towards
PF and ESI of its staff for the previous month contribution in the current month of
billing. The University will provide the certificate along-with govt authority in case it is
exempted from paying taxes.
16. No wage/remuneration will be paid to deployed persons for the days of absence from duty.
17. EARNEST MONEY DEPOSIT: The bidders shall enclose with the Tender EMD
amounting to ₹ 4,50,000/- (Rs. Four Lakh Fifty Thousands only) for the services to be
quoted, in the form of Bank draft / Pay Order drawn on any Nationalized Bank in favor
of the "Finance Officer, Dr. Bhimrao Ambedkar University" payable in Agra shall be
returned to the bidders after the award of contract to the successful bidder.
18. The service provider will provide the required personnel for a shorter period also, in case of any exigencies as per the requirement of this University.
19. The service provider shall provide a substitute well in advance if there is any
probability of the person leaving the job due to his/her own personal reasons. The
payment in respect of the overlapping period of the substitute shall be the
responsibility of the service provider.
20. The service provider shall be contactable at all times and messages sent by
phone/email/fax/special messenger from this University shall be acknowledged
immediately on receipt on the same day. The Service Provider shall strictly observe
the instructions issued by the University authority in fulfillment of the contract from
time to time.
8
21. This University shall not be liable for any loss, damage, theft, burglary or robbery of
any personal belongings, equipment or vehicles of the personnel of the service
provider.
22. That the Service Provider on its part and through its own resources shall ensure that
the goods, materials and equipment's etc. are not damaged in the process of carrying
out the services undertaken by it and shall be responsible for acts of commission and
omission on the part of its staff and its employees etc. If this University suffers any loss
or damage on account of negligence, default or theft on the part of the
employees/agents of the agency, then the agency shall be liable to reimburse to this
office for the same. The agency shall keep this office fully indemnified against any such
loss or damage. Any accident/ casualty occurred during the course of working to any
staff engaged by the Agency, the responsibility will remain with the Agency. For any
accident or casualty occurred during the course of working to any staff deployed by
the Agency, the liability that will arise out of the accident will be borne by the Agency.
The responsibility will remain with Agency and this University will no way be
responsible for it or any other clause mentioned above.
23. The supervisor deployed by the agency will maintain an attendance register in respect of the staff deployed by the agency on the basis of which wages/remuneration will be decided in respect of the staff at the approved rates.
24. The successful bidder will enter into an agreement with this University for the offer of
services on these terms and conditions on non-judicial ₹ 100/- stamp paper. The
above stamp paper will be arranged by the bidder for execution of agreement.
25. The service provider shall not assign, transfer, pledge or sub contract the services without the prior written consent of this University.
26. The agreement can be terminated by either party by giving one month's notice in
advance. If the agency fails to give one month's notice in writing for termination of the
Agreement then one month's wages etc. and any amount due to the Service Provider
from the University shall be forfeited.
27. That on the expiry of the agreement as mentioned above, the agency will withdraw all
its personnel and clear their accounts by paying them all their legal dues. In case of any
dispute on account of the termination of employment or non-employment by the
personnel of the agency, it shall be the entire responsibility of the agency to pay and
settle the same.
28. In the event, if any dispute arises touching any of the clauses of the agreement, the
matter will be referred to the Vice Chancellor of the University, whose decision shall be
binding on both the parties.
29. The bidders shall have to obtain the required license from the licensing authority of
respective Department/Circle/Division/Other units after deployment of personnel in
this University within 45 days.
30. This University reserves the right to reject any or all the tenders without assigning any
reason whatsoever and the decision of the management shall be final and binding on
all the bidders. 31. EPF and ESI contribution to be paid for personnel employed by bidder shall be the
responsibility of the bidder. 32. The courts located at Agra alone will have the jurisdiction to try any matter, dispute or
reference between parties arising out of this tender / contract. It is specifically agreed
that no court outside and other than mentioned above shall have jurisdiction in the
matter.
9
33. The following undertaking is to be made by the bidder in the technical bid along with the copies of certificates/ documents mentioned in the checklist.
34. UNDERTAKING BY THE BIDDER
This is to certify that I/we before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ourselves to abide by them.
Name : Designation : Address : Phone no. :
Signature of the Bidder with Seal
10
ANNEXURE-I
Checklist of Documents to be submitted along with Technical Bid
S. No. Documents to be Submitted Not submitted
Remarks
1. Copy of Registration of firms
2. Copy of Registration certificate of EPF
3. Copy of Registration Certificate of ESI
4. Copy of Labour license (within 45 days after award of Contract)
5. Audited Balance Sheet of year 2016-17 and 2017-18
6. Copy of GST Registration 7. Copy of PAN/TAN Card
8. List of clients indicating period work executed with them (Refer Annexure IV- Table A, Point 1)
9. Proof of similar experience (Refer Annexure IV- Table A, Point no. 1)
10. Audited Balance Sheet 2018-19 OR Certified proof of Turnover by Auditor on his letter head
11. Details of EMD Deposited
12.
Copy of Registration Certificate of Private Security Agencies Regulation Act 2005(PSARA)/Applied for proof.
13.
Undertaking as per Annexure VII and undertaking by bidder at the end of GCC Sr. No. 34 of General Contract Condition
Signature of Bidder Seal of Establishment-Full Name of Bidder with address & date
11
ANNEXURE- II PROFORMA FOR TECHNICAL BID
S.No. Particulars To be filled in by the bidder
1. Name of the Agency
2.
Details of EMD
(i) Amount
(ii) Draft No.
(iii) Date
(iv) Issuing Bank
3. Date of establishment of the agency
4. Detailed office address of the Agency with office
Telephone number, Fax number, Mobile number and
Name of the contact person
5. Agencies Regulation (PSARA) Act 2005 or Applied for
Proof (Copy to be enclosed)
6. PAN/TAN Number (Copy to be enclosed)
7. Labour license will be obtained after award of
Contract to Vendor. University will issue form V and Contract Copy
which the vendor will submit to Labour authority who
will issue license to Vendor
8. GST Number (Copy to be enclosed)
9. EPF Registration Number (Copy to be enclosed)
10. ESI Registration Number (Copy to be enclosed)
11. Whether the firm is blacklisted by any Government
Department or any criminal case is registered against
Firm or its owner/partners anywhere in India.
(Certificate is to be attached in this regard)
12. Whether a copy of the terms and conditions duly
Signed as token of acceptance is attached?
(Sr. no. 34 of General Contract Condition)
13. Whether agency profile is attached?
14. List of other clients, if any (Refer Annexure IV – Table A
15 Audited balance sheet for year 2016-17 & 2017-18 from Chartered Accountant. Proof of audited balance sheet 2018-19 or Certificate from Auditor thereof.
(Signature of Bidder)
(Seal of Establishment) Date: (Full Name of bidder with address)
12
Annexure-IV
EVALUATION METHOD BY COMMITTEE NOMINATED BY VICE CHANCELLOR (Quality cum Cost Evaluation)
ONLY FOR THOSE BIDDERS WHO HAVE SUBMITTED ALL THE DOCUMENTS AS PER CHECKLIST GIVEN AT ANNEXURE - I The Techno proposal evaluation criteria of eligible bidders are set out below in Table A:
S. No. Description Score Calculation Max.
1. Length of Experience
(Documentary Evidence
Required)
* 3 Years & Above – 10 Marks
* 2 Years but less than 3 Years – 07 Marks 10
2. Single work order from
Central/State Govt worth 1.50
Crore with similar nature of work
Or Two work orders each valuing
01 crore in similar nature of work
* If Yes: 10 Marks
* If No: No Marks
10
3. Average Annual Turnover for
Financial Year 2017-18
(Documentary Evidence
Required)
* Rs. 4 Crore & Above: 15 Marks
* Rs. 3 Crore but less than 4 Crore: 10 Marks
* Rs. 2 Crore but less than 3 Crore: 05 Marks
* Less than 2 Crore: 03 Marks
15
4. Deployment of manpower in
similar nature of work in Central
or State Government or PSU
* 100 or more manpower – 10 Marks
* 50 but less than 100 – 07 Marks 10
5. Legal cases in any court of Law
(Proof in affidavit of Rs. 10)
* 10 or more legal cases – 00 Marks
* Between 05 to 10 - 1 Marks
* Less than 05 – 03 Marks
* Zero Cases – 05 Marsk
05
6. Presentation on Services &
Customer Feedback with proof
20
TOTAL SCORING MARKS 70
13
Note: The minimum qualifying score is 40 marks out of total scoring marks (70) for
qualifying the technical bid of Price proposal. Therefore, bidders with technical marks,
S(T) greater than or equal to 40 would be considered for financial evaluation of price
proposals.
Final evaluations of the Price Proposals are set out as below; The price proposal with lowest quoted service charge (LSC) amongst the Price
proposals will be given a financial score of 30 and financial ranking (R) of 1 and other
Price proposals shall be given financial scores that are inversely proportional to their
quoted service charges (QSC) and will be ranked accordingly. In case quoted service
charges from two or more bidders are same, preference will be given while awarding
the financial ranking to the bidder scoring more in technical round. Financial Score of
Firm, S(F) = 30/T x (T-(R-1)) Where, T = Total Technically Qualified
Bidders Final Score, S = S(F) + S(T) On the basis of the combined weighted score for quality and cost, University will rank
the bidders in terms of the total score obtained. The proposal obtaining the highest total
combined score in evaluation of quality and cost will be ranked as 1 followed by the
proposals securing lesser marks as 2, 3, 4 etc. University will invite the proposal
securing the highest combined marks and ranked 1 and 2 for negotiations, if required
and shall be recommended for award of contract.
14
ANNEXURE - V
DETAILS OF EARNEST MONEY DEPOSIT Tender Enquiry No.: Due for opening on: 13.02.2019, Time: 15:00 Bid Security (EMD) as required by this tender is being submitted in the form of DD
favoring "Finance Officer, Dr. Bhimrao Ambedkar University, Agra" and duly discharged
in his favour in advance.
Details of Bid Security attached (DD/Pay Order):
Instruments No. __________Dated _________________
Drawn on (Bank) ___________________
Address of Branch __________________
Amount _______________________ Signature of the Bidder Name & Address with Stamp
15
Annexure-VI
INCOME TAX RETURN & PAN
Tender Enquiry No.: Due for opening on: 13.02.2019, Time: 15:00
As required by this tender the copies of Documents as per details given below are being submitted:-
1. Copy of ITR audited by CA for the FY 2015-16
2. Copy of ITR audited by CA for the FY 2016-17
3. Copy of ITR Audited by CA for the FY 2017-18
4. Audited balance sheet 2018-19 or certified
proof of turnover by Auditor.
5. PAN Card Copy on his letter-head.
6. GST No. Copy Note. Tender bid is likely to be cancelled on
wrong/incorrect submission on financial aspects.
Signature of the Bidder
Name & Address with stamp
16
Annexure-VII
UNDERTAKING
Tender Enquiry No.: Due for opening on: Date 13.02.2019, Time: 15:00
I/ We M/s hereby declare that:
1. I/ we am/are agency engaged in business of providing Security services have examined the above mentioned tender document including amendment/ corrigendum (if any) the receipt of which is hereby confirmed.
2. I/ we do hereby offer to provide Security services at the prices and rates mentioned
in the price bid. 3. I/we do hereby agree to provide to abide by the minimum wages act of Govt. of
India/Labour Department, Govt. of UP. 4. I/we have quoted rates inclusive of all statutory taxes, charges &compliance i.e. EPF,
ESI etc. as applicable. 5. I/ we agree to abide by my/our offer for a period of 180 days from the date of
opening of the tender. 6. I/ we have carefully read and understood all the Terms and Conditions of the Tender
and shall abide by them. 7. I/we agree for the all clauses and payment terms and conditions of this tender
enquiry. In case any condition put forth by us is against the terms and conditions of tender, the same shall be treated as to be having no affect whatsoever and that the tender terms and conditions shall only prevail upon such conditions, if any.
8. I/ we have necessary licenses/ authorizations for providing the Security services
and/or obtain the same at my/our costs and expenses as and when required. 9. I/ we also declare that in case of change constitution of our firm or for any other
change, merger, dissolution, insolvency etc. the same shall be immediately brought to the notice of client, in such case continuing partner, successor or administrator or permitted assign shall be responsible for discharging all the liabilities under this contract/ tender.
10. The tender document has been downloaded from the official website i.e www.etender.up.nic.in and www.dbrau.org.in for bidding purpose is a true copy of the original.
11. Our firm or any other firm with similar type of operation with same or some/one of the partners/proprietors being same as of the tendering firm has not been black listed in the past 3 years by any Government/ private institution except as per the following details:- (If there is any case please attach the details of the same)
17
12. I/we also certify that that there is no vigilance/ CBI case pending against the firm/ supplier/ or any other firm with similar type of operation with same or some/one of the proprietors being same as of the tendering firm except as per the following details:- (If there is any case please attach the details of the same)
13. I/we also certify that there is no pending case for payment/ civil liability pending
against us in any of the courts except as per the following details:- (If there is any case please attach the details of the same)
Name Designation Address
Phone No.
: : : :
Signature of the Bidder with Seal